vasai virar municipal corporation · pdf filethe commercial offer should be in format given in...

42
1 Vasai Virar Municipal Corporation Tender Document For Supply, Installation and Commissioning for Desktops, laptops and Computer Peripherals Issued To : (Vendor’s Name) Issued By : (Name) (Designation) (Signature) Price of Blank Tender Document : Rs. 10,000/- +5% VAT

Upload: phungnguyet

Post on 19-Mar-2018

221 views

Category:

Documents


5 download

TRANSCRIPT

1

Vasai Virar Municipal Corporation

Tender Document For

Supply, Installation and Commissioning for Desktops, laptops and Computer Peripherals

Issued To :

(Vendor’s Name)

Issued By :

(Name) (Designation) (Signature)

Price of Blank Tender Document : Rs. 10,000/- +5% VAT

2

TABLE OF CONTENTS

DESCRIPTION OF ITEM PAGE NO.

TENDER NOTICE 3

INSTRUCTIONS ABOUT PAYMENT OF EMD AND BTC 4

BID SYSTEM & CONTACT DETAILS 4

INSTRUCTIONS TO BIDDERS 5

SCOPE OF WORK 6

TERMS AND CONDITIONS OF CONTRACT 11

Annexure A – DETAIL SCOPE OF WORK 21

Annexure B – TENDER OFFER FORM (TOF) 28

Annexure C – DETAILS OF BIDDER 29

Annexure D – PERFORMANCE STATEMENT (P) 30

Annexure E – COMMERCIAL OFFER (Envelope - II) 31

Annexure F – BID SECURITY FORM (BSF) 37

Annexure G – DRAFT CONTRACT FORM (CF) 36

Annexure H – PERFORMANCE SECURITY DEPOSIT (PSF) 38

Annexure I – SELF DECLARATION FORM FOR NOT HAVING PENDING CASES 39

3

VASAI VIRAR MUNICIPAL CORPORATION, VASAI ,VIRAR

Tender Notice

Online Tenders are invited by Vasai Virar Municipal Corporation, Vasai ,Virar for the following

work from experienced and registered bidders. Blank Tender forms are available on vvcmc’s

Website https://vvcmc.maharashtra.etenders.in from 17/10/2016 to 03/11/2016. Online

tenders shall be accepted on website up to 03/11/2016 at 15.00 Hrs. All tenders are cautioned

that the tenders containing any deviation from the contractual terms and conditions,

specifications and other requirements and conditional tenders will be rejected.

1. Name of work: Supply, Installation and Commissioning for Desktops ,

Laptops , Computer Peripherals

2. Blank Tender Cost (BTC) : Rs.10,000/- +5% VAT (Non refundable, includes e-tender fee &

VAT)

3. Earnest Money Deposit (EMD): Rs.1,00,000/-

4. Validity Period : The offer of the Bidder shall remain valid for 180 days from the

date of opening of financial Bid.

The amount for EMD & BTC should be submitted as per E Tendering Procedure as given

below and online receipt for the same should be uploaded with the tender document along with

technical bid.

Instructions about payment of EMD and BTC :

EMD & BTC fees shall be payable through one of the following modes ONLY:

TWO BID SYSTEM

4

The amount for tender form fee & earnest money to submit as per E-Tendering

Procedure and online receipt for the same should be uploaded with the tender document along

with technical bid. EMD & Cost of Blank Tender shall be payable through following mode ONLY:

• Net-Banking

ENVELOPE-I (Technical Offer):

Should contain all the Technical specification/Boucher quoted along with all the

information asked in the TENDER document which shall be used to consider Technical

Qualification of the Bidder. This Envelope should not contain any price information.

ENVELOPE-II (Commercial Offer):

The Commercial Offer should be in format given in Annexure - E.

Contact Details

Address of Communication:-

Hon. Dy. Municipal Commissioner (HQ)

Vasai Virar Municipal Corporation, Bazar ward, Opp Virar Police station,

Virar (E) - 401305

Contact Person and Telephone Numbers:-

Harshal Patil

Computer Department,

Vasai Virar Municipal Corporation,

Contact - 8552016632

5

INSTRUCTIONS TO BIDDERS

1. DEFINITIONS

In this tender document and associated documentation, the following terms shall be

Interpreted as indicated below:

a) “BIDDER” means Software, Services, Company.

b) “Eligible Bidder” means BIDDER satisfying qualifying criteria.

c) “Eligible Partner” means eligible partner of eligible BIDDER satisfying qualifying criteria.

d) “Authorized Partner” means an eligible partner authorized by the BIDDER to participate in the

tender.

e) "The Purchaser" means Vasai Virar Municipal Corporation.

f) "The Bidder" means the eligible BIDDER or eligible authorized partner who bids or offers the

Software Product and services against this tender.

g) “The Vendor” means the successful bidder with whom the Purchaser enters into

an agreement for Software Service supply.

h) "The Contract" means an agreement entered into by the Purchaser with BIDDER and the

successful bidder by signing a contract form in a given format by the parties, including all the

attachments and appendices thereto, and all documents incorporated by reference therein;

i) "The Contract Price" means the price payable to the Vendor under the contract for the full and

proper performance of its contractual obligations;

j) "The Software" means software, which the Vendor required to supply & service to the

Indenter under the Contract;

k) "Services" means maintenance of Software, such as installation, commissioning, provision of

technical assistance, training, testing and other obligations of the Vendor covered under the

Contract;

l) "Consignee" means the officer authorized by the VVMC;

m) “Non compliance” means failure/refusal to comply the terms and conditions of the tender;

n) “Non responsive” means failure to furnish complete information in a given format and

manner required as per the tender documents or non-submission of tender offer in given Forms

/ Performa or not following procedure mentioned in this tender or any of required details or

documents is missing or not clear or not submitted in the prescribed format or non submission

of tender fee or EMD.

o) “Testing” means testing of the equipments exclusively from ETDC (Electronics Test and

Development Centre). Report to this effect needs to be attached in technical envelope.

p) “Registered” Means Company registered under Indian companies Act 1956 or firm registered

under Partnership Act.

6

2. SCOPE OF WORK

Agency shall supply:

Sr.

No. ITEM Description Brand Name

1

Desktop

Desktop : 3rd

Generation dual Core processor , Motherboard H61 chipset , DDR3 4GB RAM,

1TB Hard Disk Drive, Windows 10 Professional,

18.5” LED Monitor, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

2

Desktop

Desktop : 4th

Generation dual Core , Processor , Motherboard H81 chipset , DDR3 4GB RAM,

1TB Hard Disk Drive, Windows 10 Professional,

18.5” LED Monitor, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

3

Desktop

Desktop : 6th

Generation Core i3 Processor , Motherboard H87 chipset , DDR4 4GB RAM,

1TB Hard Disk Drive, Windows 10 Professional,

18.5” LED Monitor, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

4

Desktop

Desktop : 4th

Generation Core i3 Processor,

Motherboard H81 chipset , 4GB RAM, 1TB

Hard Disk Drive, Windows 10 Professional ,

18.5” LED Monitor, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

5

Desktop

Desktop : 4th

Generation Core i5, Processor,

Motherboard H87 chipset , 8GB RAM, 1TB

Hard Disk Drive, Windows 10 Professional ,

18.5” LED Monitor, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

6

Desktop

Desktop : 4th

Generation Core i7 Processor,

Motherboard H97 chipset , 8GB DDR4 RAM,

1TB Hard Disk Drive, Windows 10 Professional

, 18.5” LED Monitor, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

7

All In One

Desktop

All In One: Core i3 Processor, 6th

Generation

Processor, 4GB DDR4 RAM, 1TB Hard Disk

Drive, Windows 10 Professional, 21"/23”

Screen, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

8

All In One

Desktop

All In One: corei5 6th

Generation Processor,

8GB DDR4 RAM, 1TB Hard Disk Drive,

Windows 10 Professional, 21"/23” Screen, 3

Lenovo/HP/DELL/ACER/ASUS

7

Years Onsite Warranty.

9

Laptop

Laptop : Core i3 6th

Generation Processor, 4GB

DDR 4 RAM, 1TB Hard Disk Drive, Windows 10

Professional , 14 / 15.6” LED Screen, 3 Years

Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

10

Laptop

Core i5 with Intel HD Graphics, 6th Generation

Processor, 4GB DDR 4 RAM, 1TB Hard Disk

Drive, Windows 10 Professional, 14” LED

Screen, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

11

Dot

Matrix

Printer

24-Pin, 136 column, impact dot matrix, wide

carriage, Print Speed : cps@10cpi, High Speed

Draft 480, Draft 360, LQ (24-pin) 120, Print

Head Life : 400 million strokes / wire, column

technology printer, Handles up to 5 part forms

(1 original + 4 copies), Interface choices of

both parallel & USB/Flexible paper paths

(front, rear and bottom), 3 Years Onsite

Warranty.

Epson/TVS/Wipro/LIPI/Equivalent

12

Line

Matrix

Printer

Line Matrix Printer : 2000 Lines Per Minute,

Fastest Line Printer, Enhanced Reliability,

Improved Print Quality, Plug & Print

Compatibility, Embedded Microchip, Robust

remote printer management, Multi-Lingual

Printing Capability, 3 Years Onsite Warranty.

Line Matrix Printer Series : Clear and Precise

Quality, Lowest Cost Laser Replacement,

Longer Lasting Ink, Unmatched Reliability,

Direct EPR Connection, 3 Years Onsite

Warranty.

Lipi /Tvs / Equivalent

13

LED

Monitor Display Size 18”-20”, 3 Years Onsite Warranty. HP/LG/Dell/Acer/Samsung

14

LED

Monitor Display Size 21”-24”, 3 Years Onsite Warranty. HP/LG/Dell/Acer/Samsung

15 LED Display Size 25”-32”, 3 Years Onsite Warranty. HP/LG/Dell/Acer/Samsung

8

Monitor

16 Projector

Brightness 3000 Lumens with HDMI

connection and HDMI wireless dongle Panasonic/Sony/Hitachi/ Benq

17

Antivirus

Features: Automatically scans external storage

device, protects USB drives from auto run

infections, Anti Malware functions, silent

firewall and IDS/IPS assurance, Intrusion

detection and prevention, AntiSpyWare, Anti-

Rootkit, Firewall protection, Self-protection,

Browsing protection, Zero-time protection,

privacy protection, Flash drive protection,

Entertainment Mode, Emergency Disk, Boot

time scan, Provides cloud based web

protection, Detects and removes potentially

unwanted applications(PAUs)

Subscription validity: 3 Years

Should be compatible with the following

Operating Systems: Windows XP

Home/Professional/latest SPs (32-bit and 64-

bit)¬ Windows 7 Home Premium/Home

Basic/Professional/Enterprise/Ultimate (32-bit

and 64-¬ bit) , Win 8.1 , Win 10.

e-Scan Corporate/Symantec

endpoint security/MacAfee security

Or Equivalent

18

Printer

Laser

Laser Monochrome, Print speed in ppm,

letter/A4

Up to 20ppm, 4

Printer to be provided by bidder free of cost ,

Toner cost will be paid.(Cost of toner to be

quoted by the bidder)

HP/CANNON/RICOH

19

Printer

AIO with

ADF

AIO Mono Laser Printer with ADF and Flatbed,

scanner.

Printer to be provided by bidder free of cost ,

Toner cost will be paid. .(Cost of toner to be

quoted by the bidder)

HP/CANNON/RICOH

20

Android

TAB

Wi-Fi + Cellular, Latest Android OS, 2Ghz

processor, 2GB RAM, 32GB Internal memory,

10” display, minimum 8MP primary camera.

Samsung/Lenovo/Dell

9

21

Printer

AIO with

ADF

AIO Mono Laser Printer with ADF and Flatbed,

scanner.

HP/CANNON/RICOH

22

Printer

Laser

Laser Monochrome, Print speed in ppm,

letter/A4

Up to 20ppm, 4

HP/CANNON/RICOH

Part "B"

Sr.

No. ITEM Description Brand Name

1

UPS

3 KVA online, with a power factor of 0.7 True on-

line, double conversion topology with integral

automatic bypass.

APC/iBall /Schneider/

/CyberPower/Circle Or

Equivalent

2 UPS

5 KVA online with inbuilt battery with back up

time of 5-6 mins on full load.

APC/Numeric/Cyber power Or

Equivalent

3 UPS

10 KVA online with inbuilt battery with back up

time of 5-6 mins on full load .

APC/Numeric/Cyber power Or

Equivalent

4

Router ADSL

+ Wireless

ADSL 2/2+ Modem, Wireless N Access

Point and 4-Port Router, in a single device

,Wireless N speed 300Mbps

D-ink/DGLink/Netgear/Tp-

Link/Linksys /Equivalent

10

5

Router Wi-

Fi

Compatible with LTE /HSPA +/HSUPA

/HSDPA /UMTS/EVDO USB modems,

an "Always-online" Internet connection”

Via failover feature and load balancing, speed

minimum 300 mbps.

D-ink/DGLink/Netgear/Tp-

Link/Linksys /Equivalent Or

Equivalent

6 Dongle

USB WIFI Dongle With 4G Support

With Unlimited 4G DATA Download For 1 Years

Airtel / TATA / Reliance Jio Or

Equivalent

7

Ethernet

Switch 8

port

Gigabit Ethernet Switch – Unmanaged 8 port

(Standard Switch Compliance)

Linksys/Ntgear/D-link

Or equivalent

8

Ethernet

switch 24

Port

Gigabit Ethernet Switch – Unmanaged 24 port

(Standard Switch Compliance)

Linksys/Ntgear/D-link/cisco

Or equivalent

9 HDMI Cable 10m MX or equivalent

10 HDMI Cable 20m MX or equivalent

11 VGA Cable 10m MX or equivalent

12 VGA Cable 20m MX or equivalent

13 Software Microsoft Office standard 2013 Microsoft

14 Storage

NAS with 6tb drive ( 2tb *3 ) 1U with 2* 1G ports

and 6 bays expandable to 24TB

AMI stortrend/Netgear/Qnap

/sinology Or Equivalent

15

Wired

Keyboard Full function 104 keys USB Wired Keyboard

Microsoft/ Logitech/

iBall/Compaq /equivalent

16

Wired

Mouse USB laser mouse

Microsoft/ Logitech/

iBall/Compaq /equivalent

17

Wireless

Keyboard

Full Multimedia,

Full Function, 2.4 GHz wireless connectivity, 2*

AA battery

Microsoft/ Logitech/

iBall/Compaq /equivalent

18

Wireless

Mouse

Wireless mouse with 2.4 GHz wireless

connectivity, 2* AA battery

Microsoft/ Logitech/

iBall/Compaq /equivalent

19

IP Camera

2MP

2.0 MP full HD video resolution 1980x1080,

25/30 fps True D/N IR Bullet / Box camera, 2.8-

11 mm varifocal lens, Auto Back Focus, High

Light compensation, 100 dB WDR, with IP66

housing and mount with dehumidification

feature with accessories such as mounting

brackets etc

Certification from Onvif S profile, EN, UL&CE .

Panasonic/Dahua/Axis/Sony

Or equivalent

20

8 Port POE

switch

8 port 10/100/1000 all Poe Switch with one lan

port (40W) (Standard Switch Compliance)

Netgear/Tp link/Tenda

Or equivalent

11

21

24Port Poe

switch

24 port 10/100/1000 all Poe Switch with 2 1G sfp

ports (Standard Switch Compliance)

Netgear/Tp

Link/Tenda/Cisco/HP

Or equivalent

22 Lan cabling LAN Cabling with flexible conduit

Systimax , Beldon , Molex ,amp

or equivalent

23

External

DVD Writer Upto 64X, USB Sony /LG / equivalent

24 HDD 1 TB External WD/Seagate Or Equivalent

25 HDD 2 TB External WDD/Seagate Or Equivalent

26 Pen drive 8 GB, USB 2.0

Transcend /Kingston/Sandisk Or

Equivalent

27 Pen drive 16 GB, USB 3.0

Transcend /Kingston/Sandisk Or

Equivalent

28 Pen Drive 32 GB, USB 3.0

Transcend /Kingston/Sandisk Or

Equivalent

29 Pen drive 8 GB, USB 3.0

Transcend /Kingston/Sandisk Or

Equivalent

30

OTG Pen

drive 8 GB, USB 3.0

Transcend /Kingston/SanDisk Or

Equivalent

31

OTG Pen

drive 16 GB, USB 3.0

Transcend /Kingston/Sandisk Or

Equivalent

32 Speakers 2.1 Speakers Creative/Logitech/ Equivalent

33 Spike Guard

4 Socket with switch and fuse, Minimum 2 meter

wire. Anchor Or equivalent

34 Spike Guard

6 Socket with switch and fuse, Minimum 2 meter

wire. Anchor Or equivalent

35 UPS 600 watt, Single battery.

Iball, APC, Powersafe , Circle ,

Cyber Power.

36 UPS 1kv, Double battery.

Iball, APC, Powersafe , Circle ,

Cyber Power.

37

Headphone

With Mic Branded Head Phone Any Standard Brand

12

Bidder shall provide:

1. Installation and Commissioning at VVMC offices as instructed by VVCMC officials.

2. 24 x 5 Telephonic Supports.

3. Support and Services for 3 Years onsite.

4. 3 Years Warranty.

5. The successful bidder will have to provide the equipment within 15 working days from the date

of Work Order.

3. TECHNICAL QUALIFICATION CRITERIA FOR BIDDERS

Sr.

No Eligibility Criteria to Participate

1 Submission of 'Online receipt copy' of Tender Form Fee

2 Submission of 'Online receipt copy' of Earnest Money Deposit (EMD) .

3 The bidder should be registered under Companies Act, 2013 .

4 Bidder should have VAT Certificate.

5 Last three years turnover annual average turnover should be 1.5 Cr.

6 Bidder should have executed at least one order of Hardware supply of value not less

than in Government Organization / ULBs/ PSUs/ Corporate sector.

7 Bidder should provide MAF from respective OEM for Product of the respective OEM with Model

No's and Compliance.

13

8 Self declaration in the given format from bidder in respect of black listing of their companies

and not having any pending case either with GOM or any ULBs as per (Annexure – I)

4. SECURITY DEPOSIT

Bidders are required to submit a Bank Guarantee for 4% of the tender value as a Security

Deposit valid for 3 year from the date of execution of the contract. The bank guarantee must be

submitted in the format specified in Bid Security Form (Annexure - F). Offers, made without EMD

/ Bid Security, will be treated incomplete and non responsive and the same will not be

considered. EMD / Bid Security will be discharged / returned to Unsuccessful Bidders within 30

days from the finalization of the tender. However, for successful bidder, SD will be discharged on

executing the Contract and furnishing the B.G. for Security Deposit/Performance Guarantee of

3% of the contract value.

5. COSTS & CURRENCY

The offer must be given in Indian Rupees only, inclusive the following:

- All taxes: both direct and indirect including service tax and levies like LBT, VAT & cess etc.

6. COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of its tender, and

the Purchaser will in no case be responsible or liable for these costs, regardless of the conduct or

outcome of the tendering process.

7. OFFER (Validity Period, Acceptance &Jurisdiction)

The tender offer must be valid for 180 days from the date of opening of the tender. However,

the Municipal Commissioner – Vasai Virar Municipal Corporation, may extend this period for

sufficient days, if the bidder accepts the same in writing.

The VVMC reserves the right to accept or reject or cancel any tender or relax any part of the

tender offer without assigning any reason thereof.

8. FIXED PRICE

The Commercial Offer shall be on a fixed price basis, inclusive of all taxes and levies (all direct

and indirect taxes including local duties, levies etc). No price variation shall be asked for relating

to increase in customs duty, excise tax, dollar price variation, etc.

14

9. METHOD OF SUBMISSION OF TENDER FORM

Online – https://vvcmc.maharashtra.etenders.in

10. ENVELOPE - I (TECHNICAL OFFER):

The Technical Offer (T.O.) shall be complete in all respect and contain all information and

documents asked for, except prices. It must not contain any price information. The T.O. shall

have the supply & service of software for which tender has been submitted.

The Technical Offer must be submitted in an organized and neat manner. Each page of the

document must bear seal and signature of the authorized signatory. Documents submitted must

have the relevance with the technical qualification. If only summary is required, booklet is not to

be submitted in this regard. No documents, brochures, leaflet, etc. shall be submitted in loose

form or which have not been asked. Brochures leaflet, etc. for the selected products only are to

be submitted. Proper references of such documents must be mentioned in index. Bidder will be

liable for disqualification if unwanted/irrelevant documents are submitted.

ENVELOPE - I:

The format for submission of Technical Offer is as follows:

Sr.

No Eligibility Criteria to Participate Supporting Documents

1 Submission of 'Online receipt copy' of Tender Form

Fee of Rs 10,000/- +5%VAT

Submission of 'Online receipt

copy'

2

Submission of 'Online receipt copy' of Earnest

Money Deposit (EMD) of Rs 1,00,000/- Exemption

will be granted for the bidders registered under any

type of NSIC / SSI / MSME certification.

Submission of 'Online receipt

copy' OR A copy of respective

registration certificate.

3 The bidder should be registered under Companies

Act,2013

A copy of the registration

certificate under Companies

Act / partnership deed / shop

act license.

4 Bidder should have VAT Certificate. Respective Certificate Copies

15

5

Last three years turnover annual average turnover

should be 1.5 Cr. The turnover of the bidder should

be in the business of Computer and peripherals as in

the tender document

Valid C.A. Certificate

6

Bidder should have executed at least one order of

Hardware supply of value not less than in

Government Organization / ULBs/ PSUs/ Corporate

sector.

Respective Certificate /

Document Copies / Work Order /

Completion Certificate.

7

Bidder should provide MAF (Manufacture Authorization

form ) from respective OEM for Product of the respective

OEM with Model Nos and Compliance for this tender

MAF from the respective OEM

regarding Product quoted for this

tender and compliance of OEM

8

Self declaration in the given format from bidder in

respect of black listing of their companies and not

having any pending case either with GoM or any

ULBs as per (Annexure – I)

Self-declaration on bidder letter

head with Company seal stamp

and sign as per Annexure – I

11. ENVELOPE-II (COMMERCIAL OFFER)

Bidder shall submit their prices only in the Bid Form (Annexure - E) given in the bid document.

Price quoted other than the bid form is liable to be rejected. The Bid Form must be filled in

completely, without any errors, erasures or alterations Rate quoted shall be all-inclusive Price

i.e. inclusive of Development of software, Installation, commissioning, up gradation, operational

& technical support charges for three years, taxes, duties, levies, LBT etc.

12. COMPLETENESS OF TECHNICAL OFFER

Technical details must be completely filled in. Correct technical information of the product being

offered must be filled in. Filling up of the Technical Detail Form using terms such as “OK”,

“accepted”, “noted”, “as given in brochure / manual” is not acceptable. The Purchaser may treat

offers not adhering to these guidelines as non acceptable. Price quotation accompanied by

vague and conditional expressions such as "subject to immediate acceptance", "subject to

confirmation before sales", etc. will be treated as being at variance and shall be liable for

rejection.

13. ERASURES OR ALTERATIONS AND SIGNING OF TENDER OFFERS

The original Tender Offer shall be signed by the Bidder or a person or persons duly authorized in

writing to bind the Bidder to the terms and conditions of the tender and the contract. Such

authorization shall be indicated by power-of-attorney accompanying the tender offer. The

person or persons signing the Tender Offer shall initial all pages of the Tender Offer, except for

un-amended printed literature. The Tender Offer shall contain no interlineations, erasures or

overwriting except as necessary to correct errors made by the Bidder, in that case such

corrections shall be initialed by the person or persons signing the offer.

16

14. TECHNICAL SPECIFICATIONS

As per Scope of work mentioned in point no. 2.

15. SUBMISSION OF TENDER OFFERS

Sealed Tender offers shall be received by Vasai Virar Municipal Corporation, online before the

time and date specified in the schedule of the tender notice. In the event of the specified date

for the submission of tender offers being declared a holiday, the offers will be received up to the

appointed time on the next working day.

16. LATE TENDER OFFERS

Tender offer brought by the bidder after the deadline prescribed in the tender will not be

accepted. Delay due to any technical problem e.g. website login issue, connectivity issue or any

other issue at bidder's end will not be considered.

17. MODIFICATION AND WITHDRAWAL OF OFFERS

The Bidder may modify its bid by way of submitting supplement with a request to specific

amendment in the original bid submitted, provided a written request for the same is received by

the Purchaser before closing of the submission of bid. However, withdrawal of original offer will

not be allowed. No offer can be modified by the Bidder, subsequent to the closing date and time

for submission of offers. If date of submission is extended due to some reasons, modification in

offer is possible till extended period provided bid has not been opened.

18. AWARD CRITERIA

The L1 price of the bidder will be considered to award the contract.

19. TENDER OPENING AND METHOD OF EVALUATION

The technical bids will be opened before the committee/authorities in presence of the bidders

and the same will be evaluated as per the given qualification criteria and relevant documents in

support of them. Commercial bids of only technically qualified bidders will be opened before the

committee/authorities in presence of the concerned bidders. Decision of the

committee/authorities will be final.

17

20. PRELIMINARY SCRUTINY

Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of

each offer to the tender documents. For purpose of this Clause, a substantially responsive bid is

one, which is in conformity with all the terms and conditions of the Tender Documents without

any material deviations. The Purchaser’s determination of an offer’s responsiveness will be

based on the contents of the tender offer itself without recourse to extrinsic evidence. The

VVMC will scrutinize the offers in respect of their completeness, submission of technical

documents duly signed, etc. The Purchaser will short-list technically qualified bidders based on

compliance of the qualifying criteria. In no circumstances any deviation in specifications,

eligibility criteria will be allowed.

21. CLARIFICATION OF OFFERS

To assist in the scrutiny, evaluation and comparison of offers, the Purchaser may, at its

discretion, ask some or all the Bidders for clarification of their offers on any of the points

mentioned (in written clarification or additional documents whichever required) therein and the

same may be sent through email, fax. However, in such cases, original copy of the technical

clarifications shall be sent to the Purchaser through courier or in person. The request for such

clarifications and the response shall be in writing.

22. PRICE COMPARISONS

The Purchaser will evaluate Commercial Offers of only short listed technically qualified Bidders.

After opening Commercial Offers of the short-listed Bidders they will be determined to be

substantially responsive before comparing the commercial bids submitted by the bidders. If

there exists any discrepancy between words and figures, the lower amount indicated will be

considered.

23. NO COMMITMENT TO ACCEPT LOWEST OR ANY TENDER

The Purchaser shall be under no obligation to accept the lowest or any other offer received in

response to this tender notice and shall be entitled to reject any or all offers, including those

received late, or incomplete, without assigning any reason there for. The Purchaser reserves the

right to make changes in terms and conditions of the tender. The Purchaser will not be obliged

to meet and have discussions with any of the Bidder and / or to give a hearing on their

representations.

24. CORRUPT OR FRAUDULENT PRACTICES

18

The Purchaser requires that the Bidders bidding for this bid should observe the highest

standards of ethics during the procurement and execution of such contracts. In pursuance of this

policy, the Purchaser defines the terms set forth as follows:

i) “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to

influence the action of the public official in award of the tender.

ii) “fraudulent practice” means a misrepresentation of facts in order to influence award of

contract to the detriment of the Purchaser, and includes collusive practice among Bidders (prior

to or after bid submission) designed to establish bid prices at artificial non-competitive levels

and to deprive the Purchaser of the benefits of the free and open competition;

iii) The Purchaser will reject a proposal for award if it is prima-facie established that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing for the

contract in question.

25. SIGNING OF CONTRACT

i. The successful Bidder shall execute an agreement of contract in a given format

(Annexure -G) within 30 days from issue of the 'Letter of intent' from Vasai Virar Municipal

Corporation. In exceptional circumstances, on request of the successful bidder in writing for

extension, Dy. Municipal Commissioner (IT) reserves the right to grant an extension for

appropriate period after getting satisfied with the reasons given. Considering the product and

specifications, Vasai Virar Municipal Corporation reserves the right to eliminate, modify or alter

some of the contract terms given in Annexure – G.

ii. The successful Bidder shall submit Security Deposit in the form of Bank Guarantee from any

Nationalized Bank/ Scheduled Bank at the time of signing the agreement.

iii. On failure of execution of the agreement by the successful bidder, E.M.D. furnished will be

forfeited.

iv. Terms and conditions of the contract may vary from product to product and so accordingly

some changes may be done even at the time of signing the agreement.

26. SECURITY DEPOSITE

Security deposit as per Annexure - H is 3% of the contract value to be furnished within 30 days

from receipt of 'Letter of Intent' from VVMC.

27. VALIDITY PERIOD OF THE CONTRACT

This contract shall remain in force for 1 years post signing of the contract from authorities of

both the parties. However, this may be extended for the period mutually acceptable to both

parties.

28. RESPONSIBILITIES OF BIDDER

As per Scope of work mentioned in point no. 2.

19

29. QUALITY OF SOFTWARES & SERVICES

The hardware/product/service must conform to the scope of work given and of desired quality.

30. REPEAT ORDER

Vasai Virar Municipal Corporation reserves the right to extend or terminate the period of

contract depending on the performance of the vendor.

31. DELIVERY DOCUMENTS

3 copies of the Vendor invoice showing billed period with authority letter stating satisfactory

completion of work from concern department HODs.

32. EXTENSION OF DELIVERY PERIOD

As soon as it becomes apparent to the vendor that the delivery date(s) stipulated in the Supply

Order(s) cannot be adhered to, Vendor should apply for extension to the officer(s) who placed

the supply order(s) giving reasons for the delay and also the date up to which extension is

required.

33. RISK SUPPLY

In case the Vendor fails to deliver the service as stipulated in the delivery schedule, the

intender/buyer reserves the right to supply the same or similar software from alternate sources

at the risk, cost and responsibility of the Vendor.

34. TAXES AND DUTIES

Rate for Annual Comprehensive Maintenance Contract under this tender should be inclusive of

all taxes, duties, LBT etc.

35. PAYMENT TERMS

a. 100 % For Supply of Hardware, Installation and Commissioning and satisfactory

implementation.

36. RESPONSE TIME

Turnaround time for content updation on daily basis would be 15-20 mins.

37. WARRANTY

20

The bidder shall provide 3 Years Warranty for Hardware as mentioned in scope of work.

38. SUPPORT PLAN OF BIDDER

The bidder shall submit the support plan which will include details of contact and escalation

matrix.

39. PROTECTION AGAINST RISK OF OBSOLESCENCE

BIDDER will make the Hardware / technology / up gradation support available at least for next

three years from the time of acceptance of the work order.

40. INDEMNITY

Service Support partner shall indemnify, protect and save the indenter/buyer against all claims,

losses, costs damages, expenses, action suits and other proceeding, resulting from infringement

of any patent, trademarks, copyrights etc. or such other statutory infringements in respects of

software supplied by him.

41. PUBLICITY

Any publicity by the vendor in which the name of the indenter/buyer is to be used should be

done only with the explicit written permission of the indenter/buyer. The vendors shall not

make copy of award of contract at their own end. It will be seen as violation of the terms and

condition of the contract.

42. ARBITRATION

43.1 The indenter/buyer and the Vendor shall make every effort to resolve amicably, by direct

negotiation, any disagreement or dispute arising between them under or in connection with the

any of the or part of the terms and conditions of the contract.

43.2 If within thirty days from the commencement of such negotiations, the indenter/buyer and

the Vendor have been unable to resolve dispute amicably, either party may referred it for

resolution to the Hon. Municipal Commissioner, VVMC, as a sole arbitrator whose decision shall

be final and binding on both the parties.

43. Survey and Information: Any survey to understand total requirement will be done by bidder

at its own cost.

44. LEGAL JURISDICTION

All legal disputes are subject to the jurisdiction of Civil Courts Vasai ,Virar only.

21

Annexure - A

Agency shall supply :

Specifications :

Sr.

No. ITEM Description Brand Name

1

Desktop

Desktop : 3rd

Generation dual Core processor , Motherboard H61 chipset , DDR3 4GB RAM,

1TB Hard Disk Drive, Windows 10 Professional,

18.5” LED Monitor, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

2

Desktop

Desktop : 4th

Generation dual Core , Processor , Motherboard H81 chipset , DDR3 4GB RAM,

1TB Hard Disk Drive, Windows 10 Professional,

18.5” LED Monitor, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

3

Desktop

Desktop : 6th

Generation Core i3 Processor, Motherboard H87 chipset , DDR4 4GB RAM,

1TB Hard Disk Drive, Windows 10 Professional,

18.5” LED Monitor, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

4

Desktop

Desktop : 4th

Generation Core i3 Processor,

Motherboard H81 chipset , 4GB RAM, 1TB

Hard Disk Drive, Windows 10 Professional ,

18.5” LED Monitor, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

5

Desktop

Desktop : 4th

Generation Core i5 Processor,

Motherboard H87 chipset , 8GB RAM, 1TB

Hard Disk Drive, Windows 10 Professional ,

18.5” LED Monitor, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

6

Desktop

Desktop : 4th

Generation Core i7 Processor,

Motherboard H97 chipset , 8GB DDR4 RAM,

1TB Hard Disk Drive, Windows 10 Professional

, 18.5” LED Monitor, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

7

All In One

Desktop

All In One: Core i3 Processor, 6th

Generation

Processor, 4GB DDR4 RAM, 1TB Hard Disk

Drive, Windows 10 Professional, 21"/23”

Screen, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

8

All In One

Desktop

All In One: corei5 6th

Generation Processor,

8GB DDR4 RAM, 1TB Hard Disk Drive,

Lenovo/HP/DELL/ACER/ASUS

22

Windows 10 Professional, 21"/23” Screen, 3

Years Onsite Warranty.

9

Laptop

Laptop : Core i3 6th

Generation Processor, 4GB

DDR 4 RAM, 1TB Hard Disk Drive, Windows 10

Professional , 14 / 15.6” LED Screen, 3 Years

Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

10

Laptop

Core i5 with Intel HD Graphics, 6th Generation

Processor, 4GB DDR4 RAM, 1TB Hard Disk

Drive, Windows 10 Professional, 14” LED

Screen, 3 Years Onsite Warranty.

Lenovo/HP/DELL/ACER/ASUS

11

Dot

Matrix

Printer

24-Pin, 136 column, impact dot matrix, wide

carriage, Print Speed : cps@10cpi, High Speed

Draft 480, Draft 360, LQ (24-pin) 120, Print

Head Life : 400 million strokes / wire, column

technology printer, Handles up to 5 part forms

(1 original + 4 copies), Interface choices of

both parallel & USB/Flexible paper paths

(front, rear and bottom), 3 Years Onsite

Warranty.

Epson/TVS/Wipro/LIPI/Equivalent

12

Line

Matrix

Printer

Line Matrix Printer : 2000 Lines Per Minute,

Fastest Line Printer, Enhanced Reliability,

Improved Print Quality, Plug & Print

Compatibility, Embedded Microchip, Robust

remote printer management, Multi-Lingual

Printing Capability, 3 Years Onsite Warranty.

Line Matrix Printer Series : Clear and Precise

Quality, Lowest Cost Laser Replacement,

Longer Lasting Ink, Unmatched Reliability,

Direct EPR Connection, 3 Years Onsite

Warranty.

Lipi /Tvs / Equivalent

13

LED

Monitor Display Size 18”-20”, 3 Years Onsite Warranty. HP/LG/Dell/Acer/Samsung

14

LED

Monitor Display Size 21”-24”, 3 Years Onsite Warranty. HP/LG/Dell/Acer/Samsung

15 LED Display Size 25”-32”, 3 Years Onsite Warranty. HP/LG/Dell/Acer/Samsung

23

Monitor

16 Projector

Brightness 3000 Lumens with HDMI

connection and HDMI wireless dongle Panasonic/Sony/Hitachi/ Benq

17

Antivirus

Features: Automatically scans external storage

device, protects USB drives from auto run

infections, Anti Malware functions, silent

firewall and IDS/IPS assurance, Intrusion

detection and prevention, AntiSpyWare, Anti-

Rootkit, Firewall protection, Self-protection,

Browsing protection, Zero-time protection,

privacy protection, Flash drive protection,

Entertainment Mode, Emergency Disk, Boot

time scan, Provides cloud based web

protection, Detects and removes potentially

unwanted applications(PAUs)

Subscription validity: 3 Years

Should be compatible with the following

Operating Systems: Windows XP

Home/Professional/latest SPs (32-bit and 64-

bit)¬ Windows 7 Home Premium/Home

Basic/Professional/Enterprise/Ultimate (32-bit

and 64-¬ bit) , Win 8.1 , Win 10.

e-Scan Corporate/Symantec

endpoint security/MacAfee security

Or Equivalent

18

Printer

Laser

Laser Monochrome, Print speed in ppm,

letter/A4

Up to 20ppm, 4

Printer to be provided by bidder free of cost ,

Toner cost will be paid.(Cost of toner to be

quoted by the bidder)

HP/CANNON/RICOH

19

Printer

AIO with

ADF

AIO Mono Laser Printer with ADF and Flatbed,

scanner.

Printer to be provided by bidder free of cost ,

Toner cost will be paid. (Cost of toner to be

quoted by the bidder)

HP/CANNON/RICOH

20

Android

TAB

Wi-Fi + Cellular, Latest Android OS, 2Ghz

processor, 2GB RAM, 32GB Internal memory,

10” display, Minimum 8MP primary camera.

Samsung/Lenovo/Dell

24

21

Printer

AIO with

ADF

AIO Mono Laser Printer with ADF and Flatbed,

scanner.

HP/CANNON/RICOH

22

Printer

Laser

Laser Monochrome, Print speed in ppm,

letter/A4

Up to 20ppm, 4

HP/CANNON/RICOH

Part "B"

Sr.

No. ITEM Description Brand Name

1

UPS

3 KVA online, with a power factor of 0.7 True on-

line, double conversion topology with integral

automatic bypass.

APC/iBall /Schneider/

/CyberPower/Circle Or

Equivalent

2 UPS

5 KVA online with inbuilt battery with back up

time of 5-6 mins on full load.

APC/Numeric/Cyber power Or

Equivalent

3 UPS

10 KVA online with inbuilt battery with back up

time of 5-6 mins on full load .

APC/Numeric/Cyber power Or

Equivalent

4

Router ADSL

+ Wireless

• ADSL 2/2+ Modem, Wireless N Access

Point and 4-Port Router, in a single device

,Wireless N speed 300Mbps

D-ink/DGLink/Netgear/Tp-

Link/Linksys /Equivalent

25

5

Router Wi-

Fi

• Compatible with LTE /HSPA +/HSUPA

/HSDPA /UMTS/EVDO USB modems,

an "Always-online" Internet connection”

Via failover feature and load balancing, speed

minimum 300 mbps.

D-ink/DGLink/Netgear/Tp-

Link/Linksys /Equivalent Or

Equivalent

6 Dongle

USB WIFI Dongle With 4G Support

With Unlimited 4G DATA Download For 1 Years

Airtel / TATA / Reliance Jio Or

Equivalent

7

Ethernet

Switch 8

port

Gigabit Ethernet Switch – Unmanaged 8 port

(Standard Switch Compliance)

Linksys/Ntgear/D-link

Or equivalent

8

Ethernet

switch 24

Port

Gigabit Ethernet Switch – Unmanaged 24 port

(Standard Switch Compliance)

Linksys/Ntgear/D-link/cisco

Or equivalent

9 HDMI Cable 10m MX or equivalent

10 HDMI Cable 20m MX or equivalent

11 VGA Cable 10m MX or equivalent

12 VGA Cable 20m MX or equivalent

13 Software Microsoft Office standard 2013 Microsoft

14 Storage

NAS with 6tb drive ( 2tb *3 ) 1U with 2* 1G ports

and 6 bays expandable to 24TB

AMI stortrend/Netgear/Qnap

/sinology Or Equivalent

15

Wired

Keyboard Full function 104 keys USB Wired Keyboard

Microsoft/ Logitech/

iBall/Compaq /equivalent

16

Wired

Mouse USB laser mouse

Microsoft/ Logitech/

iBall/Compaq /equivalent

17

Wireless

Keyboard

Full Multimedia,

Full Function, 2.4 GHz wireless connectivity, 2*

AA battery

Microsoft/ Logitech/

iBall/Compaq /equivalent

18

Wireless

Mouse

Wireless mouse with 2.4 GHz wireless

connectivity, 2* AA battery

Microsoft/ Logitech/

iBall/Compaq /equivalent

19

IP Camera

2MP

2.0 MP full HD video resolution 1980x1080,

25/30 fps True D/N IR Bullet / Box camera, 2.8-

11 mm varifocal lens, Auto Back Focus, High

Light compensation, 100 dB WDR, with IP66

housing and mount with dehumidification

feature with accessories such as mounting

brackets etc

Certification from Onvif S profile, EN, UL&CE .

Panasonic/Dahua/Axis/Sony

Or equivalent

20

8 Port POE

switch

8 port 10/100/1000 all Poe Switch with one lan

port (40W) (Standard Switch Compliance)

Net gear/Tp link/Tenda

Or equivalent

26

21

24Port Poe

switch

24 port 10/100/1000 all Poe Switch with 2 1G sfp

ports (Standard Switch Compliance)

Net gear/Tp

Link/Tenda/Cisco/HP

Or euivalent

22 LAN cabling LAN Cabling with flexible conduit

Systimax , Beldon , Molex ,amp

or equivalent

23

External

DVD Writer Upto 64X, USB Sony /LG / equivalent

24

HDD 1 TB External WD/Seagate Or Equivalent

25 HDD 2 TB External WDD/Seagate Or Equivalent

26 Pen drive 8 GB, USB 2.0

Transcend /Kingston/Sandisk Or

Equivalent

27 Pen drive 16 GB, USB 3.0

Transcend /Kingston/Sandisk Or

Equivalent

28 Pen Drive 32 GB, USB 3.0

Transcend /Kingston/Sandisk Or

Equivalent

29 Pen drive 8 GB, USB 3.0

Transcend /Kingston/Sandisk Or

Equivalent

30

OTG Pen

drive 8 GB, USB 3.0

Transcend /Kingston/SanDisk Or

Equivalent

31

OTG Pen

drive 16 GB, USB 3.0

Transcend /Kingston/Sandisk Or

Equivalent

32 Speakers 2.1 Speakers Creative/Logitech/ Equivalent

33 Spike Guard

4 Socket with switch and fuse, Minimum 2 meter

wire. Anchor Or equivalent

34 Spike Guard

6 Socket with switch and fuse, Minimum 2 meter

wire. Anchor Or equivalent

35 UPS 600 watt, Single battery.

Iball, APC, Powersafe , Cyber

Power.

36 UPS 1kv, Double battery.

Iball, APC, Powersafe , Cyber

Power.

37

Headphone

With Mic Branded Head Phone Any Standard Brand

27

Bidder shall provide :

1. Installation and Commissioning at VVMC Data Center.

2. 24 x 5 Telephonic Supports.

3. Support and Services for 3 Years onsite.

4. 3 Years Warranty.

5. The successful bidder will have to provide the equipment within 15 working days from the

date of Work Order.

ANNEXURE – B

TENDER OFFER FORM (TOF)

Tender Reference No.: ____________________________ Date: _________2016

To:

28

Municipal Commissioner,

Vasai Virar Municipal Corporations

Vasai ,Virar.

Respected Sir,

Having examined the tender documents including all annexure the receipt of which is

hereby duly acknowledged, we, the undersigned, offer to Supply, Installation and

Commissioning for Storage - Enterprise IP ISCSI 12 Bay NAS BOX at VVMC Data Center in

conformity with the said tender documents.

We undertake, if our tender offer is accepted, to commence delivery within 5 working days

calculated from the date of receipt of your Notification of Award / Letter of Intent/location

allotment.

If our tender offer is accepted we will obtain the guarantee of bank in a sum of 3% of the

Contract Price for the due performance of the Contract.

We agree to abide by this tender offer till 180 days and shall remain binding

upon us and may be accepted at any time before the expiration of that period.

Until a formal contract is prepared and executed, this tender offers, together with your

Written acceptance thereof and your notification of award shall constitute a binding contract

between us.

We understand that you are not bond to accept the lowest or any offer you may receive.

Dated this ____ day of ________________2016

Signature: _____________________________________

(In the Capacity of: ) ____________________________

Duly authorized to sign the tender offer for and on behalf of

29

Annexure-C

DETAILS OF BIDDER

Details filled in this form must be accompanied by sufficient documentary evidence, in order to

verify the correctness of the information.

1. Name of the Company

2. Postal Address & Email ID:

3. Communication address in Maharashtra

4. Type of Company

5. Telephone No. of Company

6. Fax No. of Company

7. Name of Contact Person

8. Contact Person Mobile No.

9. Year Turn Over of Company (Rs.) Profit of Company (Rs.)

2012-2013

2013-2014

2014-2015

10. Whether direct manufacturer or authorized dealers –

11. Name of similar projects with descriptions.

Date: _______

Place: _______

Signature of the bidder

30

Annexure-D

Performance Statement (P)

Name of the Bidder / Firm __________________________________________

Name of

Organization (

client) and

address, telephone

no. of client’s

Project Manager

or equivalent

Description of work

& period of project.

Approximate

Value

Date of

project

Completion

as per work

order

Date of

project

Completion

(Actual)

Date: _______

Place: _______

Signature of the bidder.

31

Annexure – E Commercial Offer (Envelope - II)

The rate in the commercial bid would have to be filled in the following format.

Sr.

No. ITEM Description Price/Unit Tax Total Price

1

Desktop

Desktop : 3rd

Generation dual Core processor , Motherboard H61 chipset

, DDR3 4GB RAM, 1TB Hard Disk Drive,

Windows 10 Professional, 18.5” LED

Monitor, 3 Years Onsite Warranty.

2

Desktop

Desktop : 4th

Generation dual Core Processor , Motherboard H81 chipset

, DDR3 4GB RAM, 1TB Hard Disk Drive,

Windows 10 Professional, 18.5” LED

Monitor, 3 Years Onsite Warranty.

3

Desktop

Desktop : 6th

Generation Core i3 Processor, Motherboard H87 chipset ,

DDR4 4GB RAM, 1TB Hard Disk Drive,

Windows 10 Professional, 18.5” LED

Monitor, 3 Years Onsite Warranty.

4

Desktop

Desktop : 4th

Generation Core i3 Processor, Motherboard H81 chipset ,

4GB RAM, 1TB Hard Disk Drive,

Windows 10 Professional , 18.5” LED

Monitor, 3 Years Onsite Warranty.

5

Desktop

Desktop : 4th

Generation Core i5

Processor, Motherboard H87 chipset ,

8GB RAM, 1TB Hard Disk Drive,

Windows 10 Professional , 18.5” LED

Monitor, 3 Years Onsite Warranty.

6

Desktop

Desktop : 4th

Generation Core i7

Processor, Motherboard H97 chipset ,

8GB DDR4 RAM, 1TB Hard Disk Drive,

Windows 10 Professional , 18.5” LED

Monitor, 3 Years Onsite Warranty.

7

All In One

Desktop

All In One: Core i3 Processor, 6th

Generation Processor, 4GB DDR4 RAM,

1TB Hard Disk Drive, Windows 10

32

Professional, 21"/23” Screen, 3 Years

Onsite Warranty.

8

All In One

Desktop

All In One: core i5 6th

Generation

Processor, 8GB DDR4 RAM, 1TB Hard

Disk Drive, Windows 10 Professional,

21"/23” Screen, 3 Years Onsite

Warranty.

9

Laptop

Laptop : Core i3 6th

Generation

Processor, 4GB DDR 4 RAM, 1TB Hard

Disk Drive, Windows 10 Professional ,

14 / 15.6” LED Screen, 3 Years Onsite

Warranty.

10

Laptop

Core i5 with Intel HD Graphics, 6th

Generation Processor, 4GB DDR 4

RAM, 1TB Hard Disk Drive, Windows

10 Professional, 14” LED Screen, 3

Years Onsite Warranty.

11

Dot Matrix

Printer

24-Pin, 136 column, impact dot matrix,

wide carriage, Print Speed :

cps@10cpi, High Speed Draft 480,

Draft 360, LQ (24-pin) 120, Print Head

Life : 400 million strokes / wire,

column technology printer, Handles up

to 5 part forms (1 original + 4 copies),

Interface choices of both parallel &

USB/Flexible paper paths (front, rear

and bottom)

12

Line Matrix

Printer

Line Matrix Printer : 2000 Lines Per

Minute, Fastest Line Printer, Enhanced

Reliability, Improved Print Quality,

Plug & Print Compatibility, Embedded

Microchip, Robust remote printer

management, Multi-Lingual Printing

Capability

Line Matrix Printer Series : Clear and

Precise Quality, Lowest Cost Laser

33

Replacement, Longer Lasting Ink,

Unmatched Reliability, Direct EPR

Connection

13

LED

Monitor Display Size 18”-20”

14

LED

Monitor Display Size 21”-24”

15

LED

Monitor Display Size 25”-32”

16 Projector

Brightness 3000 Lumens with HDMI

connection and HDMI wireless dongle

17

Antivirus

Features: Automatically scans external

storage device, protects USB drives

from autorun infections, Anti Malware

functions, silent firewall and IDS/IPS

assurance, Intrusion detection and

prevention, AntiSpyWare, Anti-Rootkit,

Firewall protection, Self-protection,

Browsing protection, Zero-time

protection, privacy protection, Flash

drive protection, Entertainment Mode,

Emergency Disk, Boot time scan,

Provides cloud based web protection,

Detects and removes potentially

unwanted applications(PAUs)

Subscription validity: 3 Years

Should be compatible with the

following Operating Systems:

Windows XP Home/Professional/latest

SPs (32-bit and 64-bit)¬ Windows 7

Home Premium/Home

Basic/Professional/Enterprise/Ultimate

(32-bit and 64-¬ bit) , Win 8.1 , Win

10pro

18

Printer

Laser

Laser Monochrome, Print speed in

ppm, letter/A4

Up to 20ppm, 4

Printer to be provided by bidder free

of cost , Toner cost will be paid.(Cost

of toner to be quoted by the bidder)

34

19

Printer

AIO with

ADF

AIO Mono Laser Printer with ADF and

Flatbed, scanner.

Printer to be provided by bidder free

of cost , Toner cost will be paid. .(Cost

of toner to be quoted by the bidder)

20

Android

TAB

Wi-Fi + Cellular, Latest Android OS,

2Ghz processor, 2GB RAM, 32GB

Internal memory, 10” display, and

Minimum 8MP primary camera.

21

Printer

AIO with

ADF

AIO Mono Laser Printer with ADF and

Flatbed, scanner.

22

Printer

Laser

Laser Monochrome, Print speed in

ppm, letter/A4

Up to 20ppm, 4

Part "B"

Sr.

No. ITEM Description Price/Unit

1 UPS

3 KVA online, with a power factor of

0.7 True on-line, double conversion

35

topology with integral automatic

bypass.

2 UPS

5 KVA online with inbuilt battery with

back up time of 5-6 mins on full load.

3 UPS

10 KVA online with inbuilt battery with

back up time of 5-6 mins on full load.

4

Router

ADSL +

Wireless

ADSL 2/2+ Modem, Wireless N

Access Point and 4-Port Router, in a

single device ,Wireless N speed

300Mbps

5

Router Wi-

Fi

Compatible with LTE /HSPA

+/HSUPA /HSDPA /UMTS/EVDO USB

modems,

an "Always-online" Internet

connection” Via failover feature and

load balancing, speed minimum 300

mbps.

6

Dongle

USB WIFI Dongle With 4G Support

With Unlimited 4G DATA Download

For 1 Years

7

Ethernet

Switch 8

port

Gigabit Ethernet Switch – Unmanaged

8 port

(Standard Switch Compliance)

8

Ethernet

switch 24

Port

Gigabit Ethernet Switch – Unmanaged

24 port

(Standard Switch Compliance)

9

HDMI

Cable 10m

10

HDMI

Cable 20m

11 VGA Cable 10m

12 VGA Cable 20m

13 Software Microsoft Office standard 2013

14

Storage

NAS with 6tb drive ( 2tb *3 ) 1U with

2* 1G ports and 6 bays expandable to

24TB

15 Wired Full function 104 keys USB Wired

36

Keyboard Keyboard

16

Wired

Mouse USB laser mouse

17

Wireless

Keyboard

Full Multimedia,

Full Function, 2.4 GHz wireless

connectivity, 2* AA battery

18

Wireless

Mouse

Wireless mouse with 2.4 GHz wireless

connectivity, 2* AA battery

19

IP Camera

2MP

2.0 MP full HD video resolution

1980x1080, 25/30 fps True D/N IR

Bullet / Box camera, 2.8-11 mm

varifocal lens, Auto Back Focus, High

Light compensation, 100 dB WDR,

with IP66 housing and mount with

dehumidification feature with

accessories such as mounting brackets

etc

Certification from Onvif S profile, EN,

UL&CE .

20

8 Port POE

switch

8 port 10/100/1000 all Poe Switch with

one lan port (40W) (Standard Switch

Compliance)

21

24Port Poe

switch

24 port 10/100/1000 all Poe Switch

with 2 1G sfp ports (Standard Switch

Compliance)

22 Lan cabling LAN Cabling with flexible conduit

23

External

DVD Writer Upto 64X, USB

24

HDD 1 TB External

25 HDD 2 TB External

26 Pen drive 8 GB, USB 2.0

27 Pen drive 16 GB, USB 3.0

28 Pen Drive 32 GB, USB 3.0

29 Pen drive 8 GB, USB 3.0

37

30

OTG Pen

drive 8 GB, USB 3.0

31

OTG Pen

drive 16 GB, USB 3.0

32 Speakers 2.1 Speakers

33

Spike

Guard

4 Socket with switch and fuse,

Minimum 2 meter wire.

34

Spike

Guard

6 Socket with switch and fuse,

Minimum 2 meter wire.

35 UPS 600 watt, Single battery.

36 UPS 1kv, Double battery.

37

Headphone

With Mic Branded Head Phone

Note : The Following quoted prices shall be valid for 365 days after the work order is received . Tender No. Date:

Annexure-F

BID SECURITY FORM (BSF)

Whereas ________________________________________(hereinafter called "the

Bidder") has submitted its tender offer dated __________________ for the Supply, Installation

and Commissioning for Desktops , Laptops and computer peripherals KNOW ALL MEN by these

presents that WE________________________________of

________________________(hereinafter called the Bank:) are bound upto

____________________________________(hereinafter called "the Purchaser") in the sum of

____________________________for which payment well and truly to be made to the said

Purchaser, the Bank binds itself, its successors and assign by these presents. Sealed with the

Common Seal of the Said Bank this ___________ day of ________2016

38

THE CONDITIONS of this obligation are :

1. If the bidder withdraws its tender during the period of tender validity specified by the

bidder on the Tender Form ; or

2. If the Bidder, having been notified of the acceptance of its tender by the purchaser

during the period of tender validity :

We undertake to pay the Purchaser up to the above amount upon receipt of its first written

demand, without the Purchaser having to substantiate its demand, provided that in its demand

the Purchaser will note that the amount claimed by it is due it owing to the occurrence of one or

both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to 1 year from the date of execution of the contract

(means from dd-mm-yyyy to dd-mm-yyyy) and any demand in respect thereof should reach the

Bank not later than the above date

__________________________

(Signature of the Bank)

39

Annexure - G

DRAFT CONTRACT FORM

This AGGREMENT is MADE at this day of Two thousand

____ Between ___________ (hereinafter called "the Contractor") of the one part and the The

Commissioner, Vasai Virar Municipal Corporation, Vasai ,Virar (hereinafter called "the

corporation ") of the other part.

WHEREAS the contractor has tendered to the Corporation for supply to the Vasai Virar Municipal

Corporation Vasai ,Virar (hereinafter called "The Commissioner") of the articles specified in the

schedule A (attached) as per delivery instructions given in the acceptance of tender at the

respective prices or rate mentioned opposite to the said articles in the column provided for the

purpose and whereas such tender has been accepted and the contractor has deposited with the

Commissioner the sum of Rs. ________________. (Rupees

_________________________________only) as security for the fulfillment of this Agreement.

NOW IT IS HEREBY AGREED between the parties hereto as follows:

1. The contractor has accepted the contract on the terms and conditions set out in the

tender notice no. ______________ dated ___________ as well in the acceptance of tender no.

______________ dated __________, which will hold good during period of this agreement.

2. Upon breach by the contractor of any of the conditions of the agreement, the Commissioner

may issue a notice in writing, determine and put an end to this agreement without prejudice to

the right of the Corporation to claim damages for antecedent breaches thereof on the part of

the contractor and also to reasonable compensation for the loss occasioned by the failure of the

contractor to fulfill the agreement as certified in writing by the Commissioner which certificate

shall be conclusive evidence of the amount of such compensation payable by the contractor to

the corporation.

3. Upon the determination of this agreement whether by efflux ion of time or otherwise

The said deposit shall after the expiration of 1 year from the date of such determination be

returned to the contractor but without interest and after deducting the sum due by the

contractor to the Corporation under the terms and conditions of this agreement.

4. This agreement shall remain in force until the expiry of the date of delivery of materials but

not withstanding herein or in the tender and acceptance forms contained the Corporation shall

not be bound to take the whole or any part of the estimated quantity herein or therein

mentioned and may cancel the contract at any time upon giving one months notice in writing

without compensating the contractor.

40

5. In witness whereof the said ____________ hath set his hand hereto and Commissioner of

Vasai Virar Municipal Corporation has on behalf of the Corporation has affixed his hand and seal

thereto the day and year first above written.

6. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter

mentioned the Supplier hereby covenants with the Purchaser to provide the Software and

Services and to remedy defects therein conformity in all respects with the provisions of the

Contract.

7. The Purchaser hereby covenant to pay the supplier in consideration of the provision of the

Software and Services and the remedying of defects therein, the Contract Price or such other

sum as may become payable under the provisions of the contract at the times and in the manner

prescribed by the contract.

8. If subject to circumstances beyond control (Force Majeure) the contract fails to deliver the

stores in accordance with the conditions mentioned in the A/L, the Commissioner of Corporation

shall at his option be entitled either:

(a) to recover from the contractor as agreed liquidated damages or by way of penalty a sum not

exceeding 1/2 % of the price of the supplies which the contractor has failed to deliver as

aforesaid for each week or part of a week during which the delivery of such supplies may be in

arrears, or (b) to purchase elsewhere, after giving due notice to the contractor on the amount

and at the risk of the contractor the supplies not delivered or others of a similar description (

where other exactly complying with the particulars are not in the opinion of the Commissioner

which shall be final readily procurable) without canceling the contract in respect of the

consignment not yet due for delivery.

Witness : Bidder

41

Annexure-H

SECURITY DEPOSIT FORM

To:

Vasai Virar Municipal Corporation,

Vasai ,Virar

WHEREAS _____________________________________________________(Name of

Supplier) hereinafter called "the Supplier" has undertaken, purchase of Contract

No.________________________ dated, __________________2016 to the Supply, Installation

and Commissioning for Desktops , laptops , Computer peripherals VVMC HQ hereinafter called

"the Contract".

AND WHEREAS it has been stipulated by you in the said Contract that the supplier shall furnish

you with a bank Guarantee by a recognized bank for the sum specified therein as security for

compliance with the Supplier's performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Supplier a guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the

supplier, up to a total of _________________________________(Amount of the Guarantee in

Words and Figures)( 3 % of tendered amount) and we undertake to pay you, upon your first

written demand declaring the Supplier to be in default under the contract and without cavil or

argument, any sum or sums within the limit of ___________________________ as aforesaid,

without your needing to prove or to show this grounds or reasons for your demand or the sum

specified therein.

This guarantee is valid until the ___________ day of ______________ 2016

Signature and Seal of Guarantors

______________________________________

______________________________________

______________________________________

Date __________________________________

Address: _______________________________

______________________________________

______________________________________

42

Annexure-I

SELF DECLARATION FORM FOR NOT HAVING PENDING CASES

To:

Municipal Commissioner,

Vasai Virar Municipal Corporation,

Vasai ,Virar.

Dear Sir,

We are not black listed and also we do not have any pending cases in GoM or any ULBs.

Signature of Bidder

_____________________

Business Address

_______________________

_______________________

_______________________

Place:

Date: